SOLICITATION NOTICE
H -- Emergency Eyewash and Shower Inspections/PM/Repair & Replacement Services - Statement of Work
- Notice Date
- 6/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- NB194000-12-00575
- Archive Date
- 8/3/2012
- Point of Contact
- Patricia M. Bullington, Phone: 3034973106, Tiffany C Atchison, Phone: 3034975534
- E-Mail Address
-
patricia.bullington@nist.gov, tiffany.atchison@nist.gov
(patricia.bullington@nist.gov, tiffany.atchison@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Quote form for Vendor Use Appendix B to SOW - Equipment List Appendix A to SOW - Weekly and Annual Inspection Job Plan Statement of Work THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $7M. This acquisition is 100% set-aside for small business. ***The National Institute of Standards and Technology (NIST) is seeking preventive maintenance services for Emergency Eyewash and Emergency Shower Inspections, Authorized Repairs, and Replacement. SITE VISIT: Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A Site Visit will be conducted on June 27, 2012 at 10am Mountain Standard Time. To participate in the scheduled Site Visit, Potential Offerors must contact the following NIST Representative: Rich Royer, NIST COR - 303-497-7423 or richard.royer@nist.gov TECHNICAL SPECIFICATIONS: In accordance with attached Statement of Work. ***All interested small businesses may provide a firm fixed price quotation for the following: Complete attached Quote Form spreadsheet for Base Year and All Option Years in accordance with the attached Statement of Work (SOW) and attached Appendix A & B. Warranty: The Contractor shall state the warranty coverage for the equipment repaired/replaced. The Government will evaluate quotations based on the following evaluation criteria: 1) Lowest Price, Technically Acceptable Technical Factors: Each quotation shall include the following: 1) a detailed technical approach for conducting preventative maintenance services inspections and repairs/replacements; 2) a copy of the contractor and sub-contractor key personnel certifications for preventative maintenance services inspections and repairs/replacements to be assigned to complete Government's SOW. Price: Firm, Fixed-Price, for the required inspections and repairs/replacement services. ***Price - the Government will evaluate the offeror's proposed prices to determine whether the proposed prices are realistic, complete, and reasonable in relation to the solicitation requirements. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offerors Representations and Certifications-Commercial Items; Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification; 52.232-18 Availability of Funds; 52.237-1 Site Visit; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.245-1 Government Property; 52.252-2 Clauses Incorporated by Reference; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Re-Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21 Prohibition of Segregated Facilities; 52-222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-1 Buy American Act - Supplies; 52.225-3 Alt II Buy American Act-Free Trade Agreement-Israeli Trade Act; 52.223-18, Contractor policy to ban text messaging while driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. The following Department of Commerce (CAR) clauses apply to this acquisition: 1352.201-70 Contracting Officer's Authority; 1352.208-70 Restrictions on Printing and Duplicating; 1352.209-72 Restrictions Against Disclosure; 1352.209-73 Compliance with the Laws; 1352.209-74 Organizations Conflict of Interest; 1352.237-71 Security Processing Requirements-Low Risk; 1352.237-75 Key Personnel; 1352.246-70 Place of Acceptance; and 1352.270-70 Period of Performance; And other appropriate clauses as needed Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm All offerors shall submit the following: A Technical Quotation and a Business/Pricing Quotation, as two (2) separate electronic files. Incomplete quotations may be considered non-responsive and removed from further consideration. Quotations shall be clearly concisely written as well as being neat, indexed 9cross-indexed as appropriate) and logically assembles. All pages of each part shall be appropriately numbered and identified with the name of the offeror, the date, and the solicitation number. A 1-page transmittal letter signed by an individual authorized to commit the organization shall be transmitted with the quotation to the government. Each quotation shall be on 8.5" x 11" paper, in a commercially standard font, not smaller than 12 point font. Each page in the quotation shall be separately numbered. The quotation shall be limited to ten (10) single-sided, single-spaced pages (excluding the letter of transmittal, resumes and, certifications). ***Overall Arrangement of Documents 1) Technical Quotation addressing a technical approach, identifying key personnel and including certifications - No pricing information shall be included in the technical quotation 2) Business/Pricing Quotation This is an Open-Market Combined Synopsis/Solicitation for services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The Offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The Offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offerors shall list exception(s) and rationale for the exception(s). Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ***Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. *** All quotes shall be received not later than 11:59 PM EST, on Thursday, July 19, 2012. Offerors must submit all quotes and questions concerning this solicitation in writing to patricia.bullington@nist.gov. Questions must be received no later than 48 hours from the set site-visit date aforementioned. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. It is the responsibility of the offeror to confirm NIST's receipt of its quotation. Each quotation shall include sufficient data to allow the Government to determine the amount, realism, and consistency of the quoted fixed price. E-mail quotes ARE required. Fax quotes will NOT be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB194000-12-00575/listing.html)
- Place of Performance
- Address: Department of Commerce, National Institute of Standards and Technology, 325 Broadway, Boulder, Colorado, 80234, United States
- Zip Code: 80234
- Zip Code: 80234
- Record
- SN02779557-W 20120621/120619235125-5323dcc8c50eb70f57913dc446d0f1b0 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |